The RFP Database
New business relationships start here

Rash Guard Style Swim Shirt for Recruit Training


District Of Columbia, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Classification Code: 84 -- Clothing, individual equipment & insignia
Set Aside: Total Small Business
NAICS Code: 315990 Apparel Assessories and Other Apparel Manufacturing
Contracting Office Address
Department of Homeland Security, United States Coast Guard (USCG), Manager, USCG Uniform Distribution Center, 414 Madison Ave., Woodbine, NJ, 08270, UNITED STATES

Description:
This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.  Solicitation Number: HSCGG9-19-Q-PUD667 is issued as a Request for Quotation (RFQ).  This procurement is 100% set-aside for small business concerns.  The North American Industry Classification System (NAICS) code is 315990.  The government intends to award a Firm Fixed Price Order/Contract utilizing Simplified Acquisition Procedures (SAP).  IMPORTANT NOTICE: FAR 52-232-33 (Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)) is a mandatory requirement for contractors to be registered in the CCR database.  CONTRACTORS MAY REGISTER ON-LINE AT https://beta.sam.gov/ IT IS MANDATORY TO OBTAIN A DUNS NUMBER PRIOR TO REGISTERING. AWARD CANNOT BE MADE UNLESS REGISTERED.  The U.S. Coast Guard Uniform Distribution Center (UDC) has a requirement for approximately 5000 Commercial Off The Shelf (COTS) rash guard style swim shirt, SHIRT, SWIM, U.S. COAST GAURD (UNISEX) made in accordance with our Clothing Design and Technical Office (CDTO) Salient Purchase Description Characteristics (attached in solicitation).  This Swim Shirt is for indoor pool use and Sun Protection Factor (SPF) is not a requirement of this Swim Shirt.  Offerors are required to submit all Product Demonstration Models that consist of 2 Small, 2 Medium and 2 Large samples on or before 15 BUSINESS DAYS FROM SOLICITATION COMMENCEMENT DATE to: Contracting Officer, U.S. Coast Guard Clothing Uniform Distribution Center, ATTN: Robert Evelyn, 414 Madison Ave, Woodbine, NJ 08270.  Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the senders request and expense, unless they are destroyed during pre-award testing.  The product samples shall consist of six Swim Shirts, which will be tested for conformance to the salient characteristics.  Standard industry packaging shall be used.  Failure of the models to conform to the required characteristics may have their offer rejected.  Failure to provide models by the time and date specified in the solicitation may be a cause for rejection if not otherwise eligible under the provisions for considering late offers.  PDMs will become Government property unless return is requested within 30 days after award.  If offeror plans to use multiple places of performance, a PDM shall be submitted for each proposed place of performance. The Government may inspect the production facilities of the most highly rated offerors to determine production capability.  REQUEST ALL PRICING TO BE QUOTED AS FOB DESTINATION, WOODBINE NJ. The shipping documentation shall contain the contract/order number and the item identification.

The production order shall be delivered to the following address: U.S. Coast Guard Uniform Distribution Center, 414 Madison Ave, Woodbine NJ 08270. PARITAL SHIPMENTS WILL BE ACCEPTED.

FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998).  This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available.  Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far
52.204-7 System for Award Management (Oct 2018) 52.204-8 Annual Representations and Certifications (Oct 2018)52.212-1 Instructions to Offerors-Commercial Items (Oct 2018)52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2018)52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2018)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2019)
52.219-6 Notice of Total Small Business Set-Aside (Nov 2011)
52.222-3 Convict Labor (June 2003)
52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2018)
52.222-21 Prohibition of Segregated Facilities (Apr 2015)
52.222-26 Equal Opportunity (Sept 2015)
52.222.36 Equal Opportunity for Workers with Disabilities (Jul 2014)
52.222-41 Service Contract Labor Standards (Aug 2018)
52.222-44 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014)
52.225-1  Buy American-Supplies (May 2014)
52.225-13 Restrictions on certain foreign purchases (June 2008)
52.232-1  Payments (Apr 1984), FAR,
52.232-25 Prompt Payment (Oct 2003)
52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)
52.233-1 Disputes (May 2014)
52.233-3 Protest After Award (Aug 1996)
52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)
52.243-1 Changes-Fixed Price (Aug 1987)
52.247-34 F.o.b. Destination (Nov 1991)
52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) (Apr 1984)
52.249-8 Default (Fixed-Price Supply and Service) (Apr 1984)

Offerors can retrieve these clauses on the INTERNET at https://www.acquisition.gov/. Questions about this requirement must be in writing and submitted by fax or e-mail. Telephone inquiries are strongly discouraged.  All inquiries must include the solicitation number, your full name, organization name, address, phone email address and fax numbers, and must be received by 12:00 (noon) ET, 5 BUSINESS DAYS AFTER SOLICITATION.  It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above.  The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar sale, provided such warranty is available at no additional cost to the government.  The government will award an order resulting from this solicitation to the responsible offeror whose offer is most advantageous to the government.  The government will evaluate each quotation based on Price, Delivery Time, Conformance of the Product Demonstration Models and Production Capability.  Please contact Robert Evelyn at 609-861-7927 or robert.d.evelyn@uscg.mil

All quotations must be submitted and received at this office on or before 15 BUSINESS DAYS AFTER SOLICITATION COMMENCEMENT DATE at 2:00 PM eastern time.  Quotations may be sent via e-mail to robert.d.evelyn@uscg.mil.  Written quotations may also be sent to the following address: Contracting Officer, U.S. Coast Guard Uniform Distribution Center, 414 Madison Ave., Woodbine, N.J. 08270.  All quotations must include the following information: Company Name; Company Address; Point of Contact; Phone number and E-mail address; business size; Commercial and Government Entity (CAGE) code; Data Universal Numbering System (DUNS number); Tax Identification Number; and Central Contractor Registration (CCR) status (active / inactive).  Please direct all questions regarding this solicitation via email to Rob Evelyn at robert.d.evelyn@uscg.mil or (609) 861-7927, phone call are highly discouraged.  This is NOT a sealed bid advertisement, and quotations will NOT be publicly opened.


Robert D. Evelyn, Contracting Officer, Phone 6098617927, Fax 6098615927, Email robert.d.evelyn@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP